Download as pdf or txt
Download as pdf or txt
You are on page 1of 12

SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

CAO/CON acting for and on behalf of The President of India invites E-Tenders against Tender No 24-CAO-C-SC-2018-ITEM6 Closing
Date/Time 28/06/2018 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers
are not allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Nadikudi - Srikalahasti New BG line Project - Execution of work for Rockfall Protection, Slope
Name of Work
Stabilisation in cutting between New Piduguralla - Rompicherla Stations.
Bidding type Normal Tender Contract Type Works
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 28/06/2018 15:00 Date Time Of Uploading Tender 24/05/2018 18:20
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 131549078.39 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 807750.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 6 Months
Are Joint Venture (JV) firms allowed
Bidding Start Date 14/06/2018 Yes
TO bid
Ranking Order For Bids Lowest to Highest

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-USSR Items 8102140.00
Below/Par
041011 1000.00 cum 2326.70 2326700.00 AT Par 2326700.00
Item Description:- Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but
1 excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to
accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of
Engineer in charge All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of
FOB, and Platform shelter etc.
041012 2000.00 cum 2530.27 5060540.00 AT Par 5060540.00
Item Description:- Providing and laying in position M 20 Grade concrete for reinforced concrete structural elements but
2 excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to
accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of
Engineer in charge All work in buildings above plinth level upto floor two level.
042015 2000.00 Sqm 291.20 582400.00 AT Par 582400.00
3 Item Description:- Centering and shuttering including strutting, propping etc. and removal of form for : Columns, pillars, ,
posts and struts
042011 1000.00 Sqm 132.50 132500.00 AT Par 132500.00
4 Item Description:- Centering and shuttering including strutting, propping etc. and removal of form for : Foundations,
footings, bases of columns, raft foundation of washable aprons, Pile caps, Footings of FOB etc.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-NS ITEMS 99037589.39
Below/Par
NS 1000.00 Sqm 3222.00 3222000.00 AT Par 3222000.00
Item Description:- Scaling of loose rock including stacking of boulder at bottom of slope and disposal at dumping place as
directed, including all material, labour,machinery, etc. complete and as directed by Engineer-in-char ge. Work has to be
executed as per following methodology:(i) Work will be under block / track protection (ii) Protection of track structure through
1 adequate covering like sand bag, G I Sheet or steel plate etc. cost of pitching sand bag will be paid separately however
removing of sand bag from site after work will be done under this item and no separate payment for removing and cleaning
of sand will be made.Protection of man / labour working at track through barricading.(iii) Manual collection of loose /scaled
rocks /boulder by putting into gunny bag/cement bag etc. to be supplied by the contractor, loading into deep lorry, taking it
out cutting section.(iv) Disposal of loose /scaled rock outside the cutting section within Rly. Boundar y with free lead up to
350m
NS 5838.00 Sqm 3385.00 19761630.00 AT Par 19761630.00

Pa g e 1 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

Item Description:- Providing and fixing Rhomboidal Mesh panels/Nets of 10 millimetre diameter of steel wire rope of mesh
opening size 300 millimetre x 300 millimetre including top and bottom support rope, lacing wire or rope required to connect
the nets and all accessories such as U- clamps, turn buckles, thimbles, including safety, all other ancillary works,
materials, machinery, labour etc. complete as per technical specifications and as directed by Engineer-in-charge.
(Similar/Equivalent/Higher system will be accepted and technically evaluated). Note: Material shall satisfy the technical
specifications mentioned in para 4.4 & 4.5 of technical conditions.
NS 12622.00 Sqm 564.00 7118808.00 AT Par 7118808.00
Item Description:- Supplying & laying & fixation of Erosion Control Biological Mats (Biomac CC-045) (or) equivalent
manufactured from 100% coconut (Coir) fiber blanket is covered on the top and bottom with a UV stabilized polypropylene
3 netting to be fixed & to be laid with wire mesh netting made of mechanically woven double twist Hexagonal steel wire mesh
type 10 x 12 made from 2.7mm/3.7mm wire duly galvanized & PVC coated, lacing wire of 3.2mm required to connect the
adjacent net and also to be fixed on the slope by 'U' pins (Made of steel of 8mm dia tor steel rod locally) of 600mm deep.
Material should confirm to detailed Technical specifications.
NS 7087.00 Sqm 5413.17 38363135.79 AT Par 38363135.79
Item Description:- (A) Supply of galvanized steel Rope net conforming to technical conditions specified in the Clause 4.4 &
4.5 made of minimum 9.0 mm diameter wire aperture size 0.30x 0.30 m with suitable additional top anchoring length with
suitable connection at the junction having minimum tear resistance 15 kN and minimum Pull apart resistance 9 kN .Supply
is inclusive of transportation to cutting site with all contractors resources, packing, handling etc. (B)Supply of reinforced
mesh consisting of Mechanically woven double twisted hexagonal shaped wire mesh netting for arresting small boulders,
mesh type 10 x 12 wires Zn + PVC coated, mesh wire dia 2.7/3.7 mm(ID/OD), with minimum 8 mm wire rope inserted in
place of conventional selvedge wire and also longitudinally in the woven mesh during manufacturing spaced at every 1.5m
along the length with suitable connection methodology for joints with all contractors materials, lead & lift, transportation to
4 cutting site with all contractor's resources, packing, handling etc. Note: Material shall satisfy the technical specifications
mentioned in para 4.5.3 of technical conditions. (C) Supply of 200mmx200mm - 10mm shaped zinc coated washer plates
with all contractor's material, men, tools and plants, transportation to work site with all lead / lift etc. complete as directed by
engineer in charge (Mild steel conforming to IS 1730-1961) (D) Supply of Turf reinforcement mat/ Reinforced three
dimensional Geosynthetic Mat having minimum thickness of 12mm and minimum Mass per unit area of 500 grams per sq.m
conforming to MORTH Fifth Edition Clause 706 with all accessories for installation complete. (E) Supply of all intermediate
& bottom Zinc/Epoxy coated self drilling anchors of 32 millimetre diameter, designed length with minimum yield load of 230
kN and yield tensile strength of 550 Mpa with minimum 51mm sacrificial drill bit with threading at one end, including PVC
centralisers, hex nuts, bevelled washer, bearing plate of Anchors, Spiral and all accessories as per drawing. (F)Installation
of all above supplied material shall be as per design submitted by contractor duly proof checked from the IIT/recognised
University and accepted by Engineer-in-Charge.
NS 2159.00 Each 1697.00 3663823.00 AT Par 3663823.00

5 Item Description:- Supply, drilling, installation and grouting of SN type rockbolts of the specified length Fy>= 200 KN
(slope, tunnel support & face bolts) as per approved drawings & specification or as directed by Engineer. The rate shall
include costs of all materials, labour, equipment, etc. required for the complete job.Length 3m
NS 964.00 Each 13628.00 13137392.00 AT Par 13137392.00

6 Item Description:- Supply, drilling and installation and grouting of self drilling bolts of the specified length, Fy>=200KN
(tunnel support & face bolt) as per approved drawings & specification or as directed by Engineer. The rate shall include
costs of all materials, labour, equipment, etc. required for the complete job. LENGTH 9M
NS 1206.00 RM 1139.00 1373634.00 AT Par 1373634.00

7 Item Description:- Exploratory drilling and drainage holes upto 35m length,10m overlap as per approved drawings and
specification or as directed by Engineer-in-charge(in tunnel / open excavation (i) Horizontal/sub horizontal in all kind of rocks
diameter equal or greater than 50 mm
NS 1206.00 RM 2139.00 2579634.00 AT Par 2579634.00

8 Item Description:- Exploratory drilling and drainage holes upto 35m length,10m overlap as per approved drawings and
specification or as directed by Engineer-in-charge (in tunnel/open excavation (ii) Horizontal/sub horizontal in all kind of soft
ground diameter equal or greater than 50 mm
NS 2412.00 RM 32.00 77184.00 AT Par 77184.00
9 Item Description:- Providing and installing PVC pipes in the tunnel as per approved drawings & specification or as directed
by Engineer. (i) 35 mm internal diameter PVC pipe
NS 8.28 MT 3594.00 29758.32 AT Par 29758.32

10 Item Description:- Placing of 150 x 150 x 6 mm welded wire fabric of Fe 500 as reinforcement in primary lining & inner
lining as per approved drawings & specification or as directed by Engineer. The rate shall include all labour, materials, cost
of pins, hook, lead, lift, handling, wastage complete with contractor's own equipment for the complete job.
NS 2179.00 Sqm 4437.32 9668920.28 AT Par 9668920.28
11 Item Description:- Providing and fixing steel fiber reinforced Shotcrete of thickness 50 millimeter + 50 millimeter including
all material, labour, machinery etc. complete as per technical specifcations and as directed by Engineer-in-charge.
NS 506.00 Sqm 70.00 35420.00 AT Par 35420.00
Item Description:- Supplying and placing or laying of heat bonded Non-wovenGeotextile(Mactex N 30.2)or equivalent i.e.
12 Polyester Staple Fibre Needle punched non woven Geotextiles, characterised by high strength ,maximum width(6 m) and
UV resistent itself without UV inhibitor for providing backside of the gabion facia. Material should confirm to detailed
Technical specifications.
811 500.00 Each Bag 12.50 6250.00 AT Par 6250.00

13
Pa g e 2 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9
SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

13
Item Description:- Providing and laying of sand bags layer by layer filled with contractor's sand in empty polythene cement
bags of 50 kg. at nominated location such as bridge approach high bank/cutting etc., with all contractor's labour, tools,
plants, including transportation etc., complete as directed by the Engineer-in-charge.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule C-USSR ITEM 5175000.00
Below/Par
033062 1125.00 Tonne 4600.00 5175000.00 AT Par 5175000.00
1
Item Description:- Supply and using cement at worksite : OPC 53 grade

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule D-USSR ITEM 7614000.00
Below/Par
045016 150000.00 Kg 50.76 7614000.00 AT Par 7614000.00
1 Item Description:- Supplying Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position
and binding all complete. Thermo-Mechanically Treated bars

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule E-BRIDGE WORKS 10620349.00
Below/Par
NS 277.00 Sqm 29478.00 8165406.00 AT Par 8165406.00

1 Item Description:- Supply, assemble and erection of GRP inspection platform complete with GRP Grating of 1250mm
width, all around the pier supported on GRP structure along with GRP hand rail of 1M height suitable for Abutment & Pier
Size Including SS316 anchor fastener: in knock down condition.
NS 277.00 RM 5679.00 1573083.00 AT Par 1573083.00

2 Item Description:- Supply, assemble and erection of GRP Hand Rails to complete by providing 1M height vertical Post at a
interval of 1.5M Centre to Centre with 3 Rows of GRP Hand Rail along the track as shown in Drawing Including SS316
anchor fastener: in knock down condition.
NS 20.00 Numbers 44093.00 881860.00 AT Par 881860.00
3 Item Description:- Supply and providing required length of GRP ladder with cage to suit the location with out inspection
platform as directed by engineer.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule F-LUMP SUM 1000000.00
Below/Par
Lump Sum 1000000.00 AT Par 1000000.00
1
Item Description:- Any other IRUSSR 2010 items which are not covered in other schedules.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer[s] shall be eligible only if he / they fulfill Eligibility Criteria of having
received total contract amount during the qualifying period, i.e., last three financial years
and in the current financial year upto date of tender opening, with a minimum of 150
percent of the advertised tender value. Tenderers should upload to this effect any of the
following Authentic documents/ Certificates for evaluating the above financial eligibility
criteria: (1) Audited balance sheets clearly indicating contractual receipts in the P&L
account of the balance sheet duly certified by the Chartered Accountant. (2) Attested
Allowed
1 certificate(s) issued by Government Departments or Semi-Government/Public Sector No No
(Mandatory)
Undertakings for the value of the work done for them during the qualifying period.
Certificates issued by Private Bodies will not be considered. (3) Provisional Balance
Sheets issued by Chartered Accountant, clearly indicating contractual receipts and
supported by Income Tax Form - 26AS. N O T E: Chartered Accountant statements duly
indicating yearly receipts will not be considered until and unless backed by Audited
Balance Sheets or Provisional Balance Sheet with 26AS statement of Income Tax
Department.

Pa g e 3 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

If JV firms are allowed to participate Financial eligibility of the JV Firm shall be adjudged
1.1 based on satisfactory fulfillment of the Para No.65.16.2 of J.V guide lines of IRSGCC- No No Not Allowed
2014 [with upto date correction slip].
If the tender is not accompanied by the certificate in support of financial eligibility as
above, the tender shall be rejected. No post-tender correspondence will be entertained.
1.2 No No Not Allowed
However, if any clarification is required by the Railway, the same will be sought from the
tenderer.
SUB SECTIONING ELIGIBILITY CRITERIA: [A]If, Sub-Sectioning as indicated in the
NIT has been done with a view to expedite the works and in view of the sub-sectioning, if
eligible tenderer/firm becomes L-1 only in one tender, the tender will be awarded to the
lowest eligible tenderer/firm. (OR) If the tenderer/firm becomes L-1 in more than one
tender for the same nature of work invited for the same project in the same tender
notice, then Evaluation of Tenderer/firm for his/its eligibility for award of all such tenders
1.3 shall be done, duly considering the work experience of 35percent of combined value of No No Not Allowed
such tenders and Financial capability of 150percent of combined value of such tenders,
in which the tenderer/firm is L-1. [B] In case the tenderer is lowest in more than one
tender under consideration, however, falls short of above sub-sectioning eligibility
criteria, then the tenderer will be considered for awarding any of the work s at the sole
discretion of the Railways. The decision of the Railway will be final and binding on the
tenderer.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers should have physically completed at least one similar nature of single
work for a minimum value of 35 percent of advertised tender value within the qualifying
Allowed
1 period, i.e., THREE previous financial years and in the current financial year up to the No No
(Mandatory)
date of Tender opening [even though the work might have commenced before the
qualifying period.
The total value of similar nature of work completed during the qualifying period and not
the payments received within qualifying period alone, shall be considered. In case, final
Bill of similar nature of work has not been passed and final measurements have not been
recorded, the paid amount including statutory deductions will be considered. If final
1.1 measurements have been recorded and work has been completed with negative No No Not Allowed
variation, then also the paid amount including statutory deductions will be considered.
However, if final measurements have been recorded and work has been completed with
positive variation but variation has not been sanctioned, original agreement value or last
sanctioned agreement value whichever is lower shall be considered for judging eligibility
In case of composite works involving combination of different works, even separate
completed works of required value will be considered while evaluating the eligibility
criteria. For example, in a tender for bridge works where similar nature of work has been
defined as bridge works with Pile foundation and PSC superstructure, a tenderer, who
1.2 No No Not Allowed
had completed one bridge work with Pile foundation of value at least equal to 35percent
of tender value and also had completed one bridge work with PSC superstructure of
value at least equal to 35percent of tender value shall be considered as having fulfilled
the eligibility criterion of having completed single similar nature of work.
In case JV firms are allowed to participate, Technical Eligibility of the JV Firm shall be
1.3 adjudged based on satisfactory fulfillment of the Para No.65.16.1 of J.V. guide lines of No No Not Allowed
IRSGCC-2014 [read with upto date correction slip].
The works executed by the tenderer for Government Departments or Semi Governments/
Public Sector Undertaking shall only be considered for eligibility. Works executed for
private parties shall not be considered. Tenderers shall upload self-attested photo copies
of their Experience Certificates issued by an officer not below the rank of Executive
Engineer / Equivalent grade in other Central / State Government Departments / Semi
1.4 No No Not Allowed
Government Departments / Public Sector Undertakings. In case of Railway works, the
Experience Certificates issued by an officer not below the rank of JA Grade, shall only
be considered. The certificate should indicate there-in the name of works executed,
value of works, and period during which completed, bill paid etc., and with the signature,
seal of the issuing officer, details of department, etc.
The value of work completed will not include the cost of any materials issued free of
1.5 cost by the Railway/ Department concerned. Price Variation amount, if any; if indicated / No No Not Allowed
incorporated in the experience certificate will also be considered towards eligibility.
If the tender is not accompanied by the documents mentioned above i.e., Certificate in
support technical eligibility criteria, the tender shall be rejected. No post-tender
1.6 No No Not Allowed
correspondence will be entertained. However, if any clarification is required by the
Railway, the same will be sought from the tenderer.

Pa g e 4 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

SUB SECTIONING ELIGIBILITY CRITERIA: [A]If, Sub-Sectioning as indicated in the


NIT has been done with a view to expedite the works and in view of the sub-sectioning, if
eligible tenderer/firm becomes L-1 only in one tender, the tender will be awarded to the
lowest eligible tenderer/firm. OR If the tenderer/firm becomes L-1 in more than one
tender for the same nature of work invited for the same project in the same tender
notice, then Evaluation of Tenderer/firm for his/its eligibility for award of all such tenders
1.7 shall be done, duly considering the work experience of 35percent of combined value of No No Not Allowed
such tenders and Financial capability of 150percent of combined value of such tenders,
in which the tenderer/firm is L-1. [B] In case the tenderer is lowest in more than one
tender under consideration, however, falls short of above sub-sectioning eligibility
criteria, then the tenderer will be considered for awarding any of the work[s] at the sole
discretion of the Railways. The decision of the Railway will be final and binding on the
tenderer.
Defination of Similar Work :- Any rock fall protection works with steel wire rope net or
1.8 No No Not Allowed
slope stabilization work with steel wire rope net.

5. COMPLIANCE

Check List

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether the prescribed cost of tender document & EMD deposited through
1 No No Not Allowed
IREPS e-payment.
Uploading of Certificate in support of Technical Eligibility, self attested photo
copy [ a ] In case of Railway works, the certificate should be issued by an
2 officer not below the rank of JA grade. [b] In case of any other Government No No Not Allowed
departments/ PSUs (other than Railways), the certificate should be issued by
an officer not below the rank of Executive Engineer / equivalent grade.
Submission of Certificate(s) in support of Financial Eligibility. [a] Audited
Balance sheets clearly indicating contractual payments in the P&L account of
the Balance Sheet duly certified by the Chartered Accountant. [b] Attested
3 Certificate(s) issued by Govt. departments or Semi Government / PSUs for the No No Not Allowed
value of he work done for them during the qualifying period. (3) Provisional
Balance Sheets issued by Chartered Accountant, clearly indicating contractual
receipts and supported by Income Tax Form -26AS.
In case the Tenderer is a Partnership Firm, uploading of scanned copies of: [i]
Notary certified copy of the Partnership deed or Partnership deed duly attested
4 by Gazetted officer. [ii] Power of Attorney in favour of one of the partners to act No No Not Allowed
on behalf of the firm [only if such a power is not delegated in partnership deed
itself] and to enter into liability by signing the tender / agreement.
In case the Tenderer is a Private Limited / Limited Company, uploading of
scanned copies of the following documents: [i] Notary certified copy of
Resolution of the Directors of the Company authorizing one of the Directors /
5 Managers of the company to act on behalf of the company. [ii] Copy of No No Not Allowed
Memorandum and Articles of Association of the Company. [iii] Power of
Attorney by the Company authorizing the person to act as per [i] above[if such
authority is not already delegated in the resolution of directors].
Submission of Documents by the JV Firm along with the tender as per Clause
6 No.65.15 of IRSGCC [JV guide lines] to consider the offer for further No No Not Allowed
evaluation as below :
In case one or more members is / are a Proprietary Firm or HUF : Affidavit on
Stamp Paper of appropriate value declaring that his/her concern is a
6.1 proprietary concern and he/she is sole proprietor of the concern OR he/she is No No Not Allowed
in position of "KARTA" of Hindu Undivided Family(HUF) and he/she has the
authority, power and consent given by other partners to act on behalf of HUF.
In case one or more members of the JV Firm is / are Partnership Firm[s]: [a]
Notary certified copy of the Partnership Deed or Partnership Deed duly
attested by Gazetted officer. [b] Consent of all the partners to enter into the
6.2 Joint Venture Agreement on a stamp paper of appropriate value. [c] Power of No No Not Allowed
Attorney (duly registered as per prevailing law) in favour of one of the partners
of the partnership firm to sign the JV agreement on behalf of the partnership
firm and create laibility against the firm.

Pa g e 5 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

In case one or more members of a JV Firm is/are a Private Limited Companies


/ Limited Companies : [a] Notary certified copy of Resolution of the Directors of
the Company, permitting the company to enter into a JV agreement,
authorizing MD or one of the Directors or Managers of the Company to sign JV
6.3 Agreement, such other documents required to be signed on behalf of the No No Not Allowed
Company and enter into liability against the company and/or do any other act
on behalf of the company. [b] Copy of Memorandum and Articles of
Association of the Company. [c] Power of Attorney [duly registered as per
prevailing law] by the Company authorizing the person to act as per [a] above.
Uploading of MEMORANDUM OF UNDERSTANDING the format prescribed in
7 No No Not Allowed
the attached Documents for participation of Joint Venture Firms
Uploading of Declaration regarding Employment of Retired Engineer/Retired
8 Railway Officer as per clause no.17 of Part-I of IRSGCC. [in the format No No Not Allowed
attached in - Documents]
Uploading of NEFT FORM - as per the format attached with the tender
9 No No Not Allowed
document.
10 Uploading of Method statement. No No Not Allowed
Uploading of Details of Personnel to be deployed on work as per the format
11 No No Not Allowed
attached to the tender document.
Uploading of Details of Plants and Machineries to be deployed on work as per
12 No No Not Allowed
the format attached to the tender document.
Uploading of Statement Showing the particulars of Works on Hand Works
13 No No Not Allowed
Completed as per the format attached to the tender document.
Uploading of certificate by local suppliers in regard to meeting the Minimum
Local Content requirement to avail benefits under Public Procurement Policy
Order-2017 (A) for procurement order of value less than Rs. 10 crores: self-
certificate in accordance with Para-9(a) of Public Procurement(Preference to
14 No No Not Allowed
Make in India) Order 2017. (B) For Procurement Order of value more than Rs.
10 crores, the certificate from Statutory auditor/cost auditor/practicing CA as
the case may be in accordance with Para-9(b) of Public Procurement
(Preference to Make in India) Order 2017.
The Tenderers shall submit a notarized affidavit on a non-judicial stamp paper
stating that all their statements / documents submitted along with bid are true
and factual. Standard format of the AFFIDAVIT to be submitted by the bidder
is enclosed in 'DOCUMENTS' attached to the tender. Non submission of
affidavit by the bidder shall result in summary rejection of his/their bid. It shall
15 No No Not Allowed
be mandatory the tenderer should submit the supporting documents duly self
attested by which they / he is qualifying the "Qualifying Criteria" mentioned in
the tender document. It will not be obligatory on the part of the tender
committee to scrutinize beyond the submitted document of tenderer as far as
his qualification for the tender is concerned.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
IN CASE OF SINGLE PACKET TENDERS; CONSORTIUM AGREEMENTS,
1 No No Not Allowed
JOINT VENTURE FIRMS AND MOUS SHALL NOT BE CONSIDERED.
IN CASE OF TWO PACKET TENDERS CONSORTIUM AGREEMENTS AND
2 MOUS SHALL NOT BE CONSIDERED . BUT JOINT VENTURE FIRMS ARE No No Not Allowed
CONSIDERED FOR ELIGIBILITY.
CONDITIONS FOR PARTICIPATION OF PROPRIETARY FIRM /
3 PARTNERSHIP FIRM /PRIVATE LIMITED COMPANY / LIMITED COMPANY/ No No Not Allowed
JV FIRMS:

Pa g e 6 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

[i] In case the tenderer is an individual / proprietary concern, the experience


and turnover shall be in the name and style of the Individual / Proprietary
concern only. Note: The partner of a Partnership Firm cannot claim the
credentials of Partnership firm to the extent of his share either during the
subsistence of the Partnership firm or after its dissolution. [ii] In case the
tenderer is a Partnership Firm, the experience and turnover shall be in the
3.1 No No Not Allowed
name and style of the firm only. [iii] If the Tenderer is a Partnership Firm, all
the partners shall be jointly and severally liable for successful completion of
the work and no request for change in the constitution of the Firm shall be
entertained. [iv] During the currency of the contract, no partner of the firm shall
be permitted to withdraw from the Partnership business and in such an event it
shall be treated as breach of trust and abandonment of contract work.
[A] In case of Partnership Firm, the following documents shall be enclosed:
[i]Notary certified copy of the Partnership deed. [Note: Partnership deed duly
attested by a Gazetted Officer, certified true copy by authorised notary public
is also acceptable. However railway reserves the right to call for the production
of original partnership deed for verification, if necessary.] [ii] Power of Attorney
[duly registered as per prevailing law] in favour of one of the partners of the
Partnership Firm [if such power is already not assigned in partnership deed] to
sig n the tender/agreement on behalf of the Partnership Firm and create
liability against the firm. [B] In case Private Limited /Limited Company, the
following documents shall be enclosed: [i] Notary certified copy of Resolution
of the Directors of the Company permitting the company to participate in the
tender, authorizing MD or one of the Directors or Managers of the Company to Allowed
3.2 Yes No
sign the tender/agreement, such other documents required to be signed on (Mandatory)
behalf of the company and enter into liability against the company and/or do
any other act on behalf of the company. [ii] Copy of Memorandum and Articles
of Association of the Company. [iii] Power of Attorney [duly registered as per
prevailing law] authorizing the person to do/act mentioned in the para [i]
above, [if such authority is not already delegated in the resolution of directors].
[C] In case of JV firms: Clause No.65 of IRSGCC-2014 with upto date
correction slip shall be applicable in all aspects for Participation of Joint
Venture[JV] firms in works tenders. JV firm should submit Memorandum of
Understanding[MOU] as per the format attached as annexure to the tender in
DOCUMENTS. Submission of all other documents by JV firm / Members of JV
should also be as per Cl.No.65.15 of IRSGCC-2014.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The
4 No Yes Not Allowed
definition and calculation of local content shall be in accordance with the Make
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The General Conditions of Contract governing the performance of the works
covered by this tender are the Indian Railway Standard General Conditions of
Contract [IRSGCC] as amended from time to time up to date. A soft copy of
the Indian Railway Standard General conditions of Contract is uploaded in the
attached documents to the tender for reference. Hard copy of IRSGCC (with
up-to-date correction slip) may be perused in the office of the Chief
1 No No Not Allowed
Administrative Officer/ Construction/ South Central Railway / Secunderabad -
500071. The tenderer/s is/are deemed to have kept himself/themselves fully
Informed of the provisions of the IRS General conditions of Contract including
all corrections and Amendments issued up to date while submission of offer
and any claim that he/they is/are not aware of any amendment or correction
slip to the IRSGCC shall not be entertained.

Pa g e 7 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the


works can be seen in the office of the Chief Administrative Officer,
Construction, S.C.Railway, Secunderabad - 500071 or in the office of the
concerned field Deputy Chief Engineer / Construction / S.C.Railway . It should
be noted that these drawings are meant for general guidance only and
Railway may suitably modify them during the execution of work according to
the circumstances without making the Railways liable for any claims on
account of such changes. If there is any variation between the description in
the tender and the detailed plans, the Engineer-in-Charge will operate the
2 correct description and his decision is final and binding on the tenderer/ No No Not Allowed
Contractor. The Tenderer/Contractor is required to inspect the sites of works
and acquaint himself with the site conditions, availability of approaches for
transporting of men and materials, space and other factors relating to the
works, availability of labour, electricity and water, etc., before quoting his rates.
The extent of lead and lift involved in the execution of works and any
difficulties involved in the execution of work should also be examined before
formulating the rates for complete items of works described in the schedule.
The Tender submitted will be deemed to have been made after such
inspection.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions, omissions in the locations of structures
and detailed drawings, specifications and/or the manner of executing the work.
It should be specifically noted that some of the detailed drawings may not have
been finalised by the Railway and will, therefore, be supplied to the contractor
3 as and when they are finalised on demand. No compensation whatsoever on No No Not Allowed
this account shall be payable by the Railway Administration. No claim
whatsoever will be entertained by the Railway on account of any delay or hold
up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in
4 No No Not Allowed
Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the
4.1 bidders should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible/readable.
CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender
document by issuing online corrigendum through www.ireps.gov.in [II]
Prospective Bidders shall keep watch for CORRIGENDUM upto 15 days prior
to the deadline for submission of bids. For the purpose of CORRIGENDUM in
the tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD:
The time during which all information pertaining to tender shall be available but
5 No No Not Allowed
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer. [III]To give
prospective bidders a reasonable time on account of CORRIGENDUM in
preparing their bids, the Railways may at their discretion extend as necessary,
the deadline for submission of Tender document. Railways decision will be
final and no correspondence will be entertained from prospective bidders.
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Railways
6 may require the tenderer to produce detailed price analysis for any or all items No No Not Allowed
of the Tender Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
7 Cost of tender document is non-refundable. No No Not Allowed

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The bidders/tenderers should ensure that they are GST compliant. Quoted
rates are inclusive of applicable GST as per GST ACT -2017 amended from
1 No No Not Allowed
time to time and as detailed in Special Conditions - General(under TAXES
clause).

Pa g e 8 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

This tender complies with Public Procurement policy Order-2017 dated


2 No No Not Allowed
15.06.2017.
Bidders should carefully read all the conditions and the Special Conditions
alongwith Special Conditions - General & Technical, which are annexed to the
tender document in the DOCUMENTS attached to the tender. These special
conditions form part of the tender document and will supplement to the
3 No No Not Allowed
conditions of IRSGCC-2014 along with updated correction slips, IRUSSR-
2010. Where the provisions of these special conditions are at variance with
IRSGCC and other documents mentioned above, these Special Conditions
shall prevail.
Cost of Tender Document and EMD as stipulated in NIT HEADER should be
paid online only through the NET BANKING or PAYMENT GATERWAY
FACILITY provided in the IREPS web portal. Any other mode of payment is not
4 No No Not Allowed
acceptable and any deviation from these instructions will render the offer
invalid. Fixed Deposit Receipts(FDRs) submitted after award of tender towards
Performance Guarantee should be with automatic renewal facility only.
Price Variation Clause (PVC) is applicable to this contract as detailed in
5 No No Not Allowed
Special Conditions - General attached to the tender in - DOCUMENTS.
E-Tender shall be rejected if it is not accompanied by the prescribed: [1] Cost
of tender document [2] EMD [3] Notarised AFFIDAVIT in the prescribed format
executed on Non-Judicial Stamp paper of value Rs. 100/- [4] Certificate(s) in
6 support of technical eligibility criteria [5] Certificate(s) in support of financial No No Not Allowed
eligibility criteria [6] Copy of documents in support of Proprietary concern/
Partnership firm / Pvt.Ltd.company / Limited Company / JV firm / Valid MOU
for JV firms as detailed in COMMERCIAL COMPLIANCE.
Note for the AFFIDAVIT: a)The Railway reserves the right to verify all
statements, information and documents submitted by the bidder in his tender
offer, and the bidder shall, when so required by the Railway, make available all
such information, evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by the railway
6.1 No No Not Allowed
shall not relieve the bidder of its obligations or liabilities hereunder nor will it
affect any rights of the railway there under. b)In case of any wrong information
submitted by tenderer, the contract shall be terminated, EMD/PG and SD of
contract forfeited and agency barred for doing business on entire Indian
Railways for 5(five) years.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer[s] may also upload the following documents along with his/their
tender: The tenderer may upload method statement, which shall contain
organizational set up and working systems to be adopted by the successful
tenderer s during the operation of the contract. It shall contain the details of
man power and machineries in the prescribed format and details of
methodology for planning, execution, monitoring and completion of the project.
The methodology so adopted shall suit to the nature of work and shall also
comply fully with best practice and current regulations. A comprehensive Allowed
1 No No
detailing for each activity like setting-up organization, safety plan, execution (Optional)
plan, quality assurance plan, sequence of work to achieve the mile stones,
ensure targeted progress and quality and in turn deployment of resources, risk
analysis and its mitigation strategy shall be given communication arrangement
within his organization and with the railways for decisions, progress or any
other matter connected with this project to ensure full information about the
project including progress of work at different time scale shall also be
furnished.
Tenderer shall adhere to the time frame as mentioned in Mile stone chart Allowed
1.1 No No
prescribed in the tender. (Optional)
Tenderer shall engage the personnel with requisite qualification as per Special Allowed
1.2 No No
Conditions of Contract. (Optional)
Tenderer shall deploy adequate no. of plant and equipment for the execution Allowed
1.3 No No
of subject contract works to achieve progress as per mile stone chart. (Optional)

Pa g e 9 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

List of works completed in the last three financial years giving description of
work, organization for whom executed, approximate value of contract at the
Allowed
1.4 time of award, date of award and date of scheduled completion of work. Date No No
(Optional)
of actual start, actual completion and final value of contract should also be
given.
List of works on hand indicating description of work, contract value, and Allowed
1.5 No No
approximate value of balance work yet to be done and date of award. (Optional)
Supportive documents/certificates from the organizations with whom they
Allowed
1.6 worked/are working as list of works completed and list of works on hand No No
(Optional)
should be enclosed.
The Tenderers shall submit a notarized affidavit on a non-judicial stamp paper
stating that all their statements / documents submitted along with bid are true
and factual. Standard format of the AFFIDAVIT to be submitted by the bidder
is enclosed in 'DOCUMENTS' attached to the tender. Non submission of
affidavit by the bidder shall result in summary rejection of his/their bid. It shall Allowed
2 No No
be mandatory the tenderer should submit the supporting documents duly self (Mandatory)
attested by which they / he is qualifying the "Qualifying Criteria" mentioned in
the tender document. It will not be obligatory on the part of the tender
committee to scrutinize beyond the submitted document of tenderer as far as
his qualification for the tender is concerned.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
[1]I/We have read the various conditions of the tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for the period mentioned in the tender document
[NIT HEADER] from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. [2]
I/We offer to do the work at the percentage rates quoted by me/us in the
attached schedule and bind myself/ourselves to complete the work within the
period of completion given in this tender document[NIT HEADER] from the
date of issue of letter of acceptance of this tender. I/We also hereby agree to
abide by the IRS GCC and Special Conditions of contract and to carry out the
2 works according to the IRU Standard Specifications for materials and works, No No Not Allowed
2010, laid down by South Central Railway for the present contract. [3]. The full
value of the earnest money paid shall stand forfeited without prejudice to any
other rights or remedies of the railway if [a]I/We do not execute the contract
document within seven days after receipt of notice issued by the Railway that
such documents are ready: OR [b] I/We do not commence the work within
fifteen days after receipt of orders to that effect. [4]. Until a formal agreement
is prepared and executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this
work.
I/We fail to submit the requisite Performance Guarantee [P.G] in the
prescribed format even after 90 (Ninety days) from the date of issue of Letter
3 of Acceptance, we are aware that the contract shall be terminated duly No No Not Allowed
forfeiting EMD and other dues, if any payable against the contract. Also, I/We
shall be debarred from participating in the retender for the work
I/We understand that no post-tender correspondence will be entertained,
however, if any clarification is required by the Railway, the same will be sought
4 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered.
It is certified that I/We have not been blacklisted or debarred by railways or
any other ministry/department/public sector undertaking of the government of
5 India/State Government from participation in tenders/contract on the date of No No Not Allowed
opening of bids, EITHER in individual capacity OR as a member of JV firm in
which I/We were/are members.

Pa g e 10 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

I/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
6 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
7 terms and condition. I also declare that I am aware that during this No No Not Allowed
negotiations, I cannot increase the originally quoted rates against any of the
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
8 No No Not Allowed
constituents as under:
[i] I/We the tenderer(s) am/are signing this document after carefully reading
the contents. [ii] I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. [iii] I/We also understand
8.1 that my/our offer will be evaluated based on the documents/credentials No No Not Allowed
uploaded along with the offer and the same shall be binding upon me/us. [iv]
I/We declare that the information and the documents attached alongwith the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
[i] I/We do hereby undertake that, if any of the certificates regarding eligibility
criteria submitted by us are found to be forged / false / incorrect at any time
during the process of evaluation of the tenders, it shall lead to forfeiture of the
tender EMD; Further, I/We and all my/our constituents understand that my/our
offer shall be summarily rejected. [ii] I/We also understand that, if the
8.2 certificates submitted by us are found to be false/forged/incorrect at any time No No Not Allowed
after the award of the contract, it will lead to termination of the contract
besides suspending of business on entire Indian Railways for 5 years, with the
tenderer and with all the partners in case of partnership form and with all the
members of a JV in case of a Joint Venture, forfeiture of EMD/SD and
Performance Guarantee and any other action provided in the contract.

6. Documents attached with tender

S.No. Document Name Document Description


DETAILS OF PERSONNEL,
1 DETAILSOFPERSONNEL,PLANTANDMACHINERYWORKSONHANDFORMATS.pdf MACHINERY WORKS ON
HAND FORMAT
PUBLIC PROCUREMENT
2 PublicProcurementPolicy-2017.pdf 9PREFERENCE TO MAKE IN
INDIA0 ORDER - 2017
3 IRSGCC2014ACS3.pdf IRSGCC 2014 ACS3
4 IRSGCC2014ACS2.pdf IRSGCC 2014 ACS2
5 IRSGCC2014_1.pdf IRSGCC 2014
6 IRSGCC2014ACS1.pdf IRSGCC 2014 ACS1
7 STANDARDJVAGREEMENTFORMAT.pdf JV AGREEMENT FORMAT
8 BANKGUARANTEEFORMAT.pdf BANK GUARANTEE FORMAT
RETIRED RAILWAY OFFICIALS
9 EMPLOYMNTOFRETIREDRAILWAYOFFICERSCERTIFICATEFORMAT.pdf
EMPLOYMENT FORMAT
10 NEFTFORM.pdf NEFT FORM
11 STANDARDJVMOUFORMAT_2.pdf STANDARD JV MOU FORMAT

Pa g e 11 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 24-CAO-C-SC-2018-ITEM6 Closing Date/Time: 28/06/2018 15:00

12 AFFIDAVITformat.pdf AFFIDAVIT
SPECIAL CONDITIONS
13 SPECIALCONDITIONSGENERAL.pdf
GENERAL
SPECIAL CONDITIONS
14 Specialconditions-TECHNICAL_1.pdf
TECHNICAL

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by Department
of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no. 2015/RS(G)/779/5 dated
03/08/2017 and 27/12/2017.

Signed By: SANDUPATLA MAHESH KUMAR

Designation : Dy.CE/C/G-I/SC

Pa g e 12 o f 12 Ru n Da te Time: 13/0 6 /2 0 18 18 :48 :5 9

You might also like